Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
SOLICITATION NOTICE

H -- Horse Capture, Transportation and Husbandry Services

Notice Date
2/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Contracting Office - BIA Rocky Mountain Region 316 North 26th Street, Room 4418 Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
RMC00110007
 
Response Due
2/11/2016
 
Archive Date
2/2/2012
 
Point of Contact
Jay Windy Boy Contracting Officer 4062477941 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. RMC00110007 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 115210 with a small business size standard of 100 employees. Contractors qualified to provide Equine capture, transportation and care services are encouraged to submit an original signed and dated quote, accompanied with contractor's DUNs number, proof of contractor's registration in www.federalreporting.gov, www.ccr.gov, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, by mail to the Bureau of Indian Affairs, Rocky Mountain Region Office, Division of Acquisition, Attention: Jay Windy Boy, 316 North 26th Street, Billings, MT 59101 or by email to Alvin.windyboy@bia.gov by close of business, 10:00 am, Mountain Standard Time, February 11, 2011. Facsimile quotes will not be accepted. Any further technical questions regarding this announcement may be directed to Alan Hanley at (406) 247-7946 or Frank Rollefson at (406) 638-4411 x517. SCOPE-OF-WORK: 1.GENERAL a.Phase 1. This work consists of the capture of Horses on the Crow Indian Reservation. b.Phase 2. This work consists of the transportation of the animals to a designated holding facility identified by the Bureau of Indian Affairs (BIA) not to exceed 8 hours under normal driving conditions from the loading point. c.Phase 3. This work consists of the husbandry care of the animals until the animals are redeemed or offered for public sale.d.The Contractor(s) shall furnish all labor, supplies and equipment necessary to accomplish the required work. The work shall be accomplished in a safe and humane manner and the following specifications and provisions.e.Contractors may bid on specific phases or all phases. Each bid will be analyzed to determine whether the contractor meets the specifications and provisions of the contract.f.Copies of laws or regulations may be obtained from the following BIA offices:(1)BIA Rocky Mountain Regional Office; phone 406-247-7946(2)BIA Crow Agency Office; phone 406-638-4411 2.DEFINITIONS a.MOBILIZATION AND DEMOBILIZATION PER DAY COST: Financial compensation to cover the Contractor's daily expenses to transport personnel and equipment to and from the Crow Indian Reservation.b.DAILY CAPTURE RATE PER PERSON COST: Financial compensation to cover the Contractor's daily expenses. Daily expenses will include total contractor cost pertaining to corral construction, capture, watering of animals, sorting, loading and salaries.c.HORSE FEED DAY COST: Financial compensation to cover the Contractor's expenses to feed animals confined after 5 p.m. until transportation from the capture facility.d.TRANSPORTATION TO HOLDING FACILITY COST: Financial compensation to cover the Contractor's cost per loaded (vehicle contains gathered animals) mile per vehicle from the capture facility to the holding facility specified by the BIA.e.HUSBANDRY CARE FOR HORSE COST: Financial compensation to cover the Contractor's cost to feed and water the animals on a daily basis based on weight and sex of the animal. The segregation of animals will be included in the head per day cost. 3.FOR INFORMATION PURPOSES ONLY a.The horses are located on the Crow Indian Reservation, approximately 16 miles east and south-east of Billings Montana. The horses are scattered in this area. There are approximately 700 horses.b.Additional holding areas may be needed to hold the horses until all of the horses have been transported from the impoundment corrals.c.The capture facility may be located up to ten miles from the physical location of the horses.d.The horses are accustomed to the use All-Terrain Vehicles (ATV).e.The BIA will provide support and law enforcement personnel for the impoundment action. 4.PHASE ONE a.The specific work to be performed is to move the horses from their physical location to the capture facility. b.The BIA will provide the contractor with:(1)Description of the work area and maps.(2)Identify the criteria for the gather and capture of animals.(3)A description of specific roundup area(s) and numbers of animals within general contract area(s) as animal concentration, terrain, physical barriers and weather conditions dictate.(4)Required performance time.c.Trapping and care - The primary concern of the contractor is the safe and humane handling of all animals captured. All capture attempts shall incorporate the following:(1)The capture location will be provided to the Contractor prior to impoundment. The Contractor may also be required to change or move trap locations as determined by the BIA. (2)All traps, wings, and holding facilities shall be constructed, maintained and operated to handle the animals in a safe and humane manner.d.No modification of existing fences will be made without authorization from the BIA. The Contractor shall be responsible for restoration of any fence modification which he has made. e.The Contractor shall provide animals held in the capture facility with a continuous resupply rate of fresh clean water of 10 gallons per animal per day. f.For those animals that will be held past 5:00 p.m., the Contractor shall provide good quality hay at the rate of not less than two pounds of hay per 100 pounds of estimated body weight per day. An animal that is held at the capture facility after 5:00 p.m. and on through the night, is defined as a horse feed day. An animal that is held for only a portion of a day and is shipped does not constitute a feed day. 5.PHASE 2 - TRANSPORTATION OF CAPTURED ANIMALS TO HOLDING FACILITY a.The horses will be loaded and transported to a location designated by the BIA.b.Transportation destination point and approximate number of miles will be provided to the contractor. The destination point will not exceed eight hours of drive time and more than 400 miles from the capture locations loading point to the holding facility. c.Animals shall be transported to holding facility from the capture facility within 24 hours after capture unless a waiver is granted by the BIA, Operations Supervisor.d.Motorized equipment specifications - (1)All motorized equipment employed in the transportation of captured animals shall be in compliance with appropriate State and Federal laws and regulations applicable to the humane transportation of animals. The Contractor shall provide the BIA with a current safety inspection (less than one year old) for all motorized equipment and tractor-trailers used to transport animals to final destination. (2)All motorized equipment, tractor-trailers, and stock trailers shall be in good repair, of adequate rated capacity, and operated so as to ensure that captured animals are transported without undue risk or injury. (3)Horses may be transported in double-decked livestock trailers and/or single-deck livestock trailers pulled by semi-trucks or pickups.(4)Only livestock trailers with a covered top shall be allowed for transporting animals from capture facility to holding facility destination. (5)All panels facing the inside of all trailers must be free of sharp edges or holes that could cause injury to the animals.. The material facing the inside of all trailers must be strong enough so that the animals cannot push their hooves through the side. Final approval of tractor-trailers and stock trailers used to transport animals shall be held by the BIA.(6)Animals to be loaded and transported in any trailer shall be as directed by a BIA official and may include limitations on numbers according to age, size, sex, temperament and animal condition. The following minimum square feet per animal shall be allowed in all trailers: (a)11 square feet per adult horses (1.4 linear foot in an 8 foot wide trailer);(b)8 square feet per yearling horses (1.0 linear foot in an 8 foot wide trailer);(c)6 square feet per colt/filly (.75 linear foot in an 8 foot wide trailer);e.The BIA shall consider the condition and size of the animals, weather conditions, distance to be transported, or other factors when planning for the movement of captured animals. f. The BIA will designate:(1)An Operations Supervisor during the loading of the horse at the capture facility. The Operations Supervisor will be responsible for communications and decision-making on behalf of the BIA with the Contractor. The Operations Supervisor will coordinate loading activities for the BIA.(2)A BIA employee designated as the Receiving Supervisor at the holding facility when the horses are unloaded. 6.PHASE 3 - HOLDING FACILITY AND HUSBANDRY - The holding facility will be capable of holding, segregating, feeding and watering of the horse until public sale or redemption occurs. Because of health requirements for interstate transport and sale of horses from the State of Montana, the holding facility will be within the political boundary of the State of Montana. a.The horses will have a minimum of 200 square feet of area to loaf, rest and ruminate.b.The horses will be fed at a rate of 2 pounds per hundred weight of good quality hay per day.c.The horses will be fed twice per day during the morning and afternoon or evening.d.The horses will have continuous access to clean fresh water at a rate of 10 gallons per head with unlimited resupply.e.If the contractor is going to allow the horses to graze on rangeland, the contractor is responsible for providing adequate forage to meet the horses' nutritional needs. 7.SAFETY AND COMMUNICATIONS - The BIA will provide two-way radio communication to the Contractor to maintain communication during the impoundment action. 8.GOVERNMENT FURNISHED EQUIPMENT/SUPPLIES/MATERIALS: The BIA shall provide the following in performance of this contract. a.BIA employees may be designated as observers during the capture of the horses. The employee will be responsible for communications and decision-making on behalf of the BIA with the Contractor. The employee will coordinate capture activities for the BIA.b.The BIA does not anticipate the need for any further Government furnished equipment or supplies. 9.CONTRACTOR-FURNISHED PROPERTY: a.As specified herein, it is the contractor's responsibility to provide all necessary support equipment, supplies, vehicles, hay and water for the animals and any other needed items, personnel and labor, vehicles, horses and/or ATVs to support the capture and care, transport, holding and husbandry care, health certificate testing and health certification for interstate sale and transport of the horses. 10.INSPECTION AND ACCEPTANCE a.Inspection of all items under this contract shall be accomplished by the Contracting Officer's Representative (COR), or the representative designated in writing by the Contracting Officer.b.Acceptance of all work and effort under this contract (including "Reporting Requirements", if any) shall be accomplished by the Contracting Officer or the designated COR. 11.TECHNICAL POINT-OF-CONTACT a.Alan Hanley, Brach Chief BIA Rocky Mountain RegionDivision of Agriculture and Wildlife Management316 North 26th Street, Billings, MT 59101(406) 247-7946Email: alan.hanley@bia.gov b.Frank Rollefson, Natural Resources OfficerBIA Crow AgencyP.O. Box 69 / Weaver Drive, Building #2Crow Agency, MT 59022(406) 638-4411 x517Email: frank.rollefson@bia.gov QUOTE: Interested contractors shall submit a quote on the following CLINs: (Unit Price shall include applicable delivery costs, fuel surcharges, and taxes (if applicable). 1.BID SCHEDULE - PHASE 1 CAPTURE a.Mobilization and Demobilization Per Day Cost$____________________ Per Day (1)Include all personnel, feed, mileage, equipment, fees and associated transportation of personnel and equipment to the capture site, approximately 20-miles east of Billings, MT on the Crow Indian Reservation. b.Daily Capture Rate Per Person$____________________ Per Person c.Horse Feed Per Day$____________________ Per Day 2.BID SCHEDULE - PHASE 2 - TRANSPORTATION TO HOLDING FACILITY a.Loaded Double-Decker Trailer - Semi-Truck$____________________ Per Mile b.Loaded Single Deck Trailer - Semi-Truck$____________________ Per Mile c.Loaded Single Deck < 20' Trailer - Pickup Truck$____________________ Per Mile 3.BID SCHEDULE - PHASE 3 - HUSBANDRY CARE FOR HORSES a.Daily Husbandry Care - Horses 2 Yrs or Older$____________________ Per Horse b.Daily Husbandry Care - Yearlings$____________________ Per Horse c.Daily Husbandry Care - Colt/Filly$____________________ Per Horse d.Daily Grazing Rate / Horse on Rangeland$____________________ Per Horse 4.TOTAL AMOUNT SUBMITTED FOR ALL PHASES$____________________ TOTAL DELIVERY: FOB Destination shall be at locations cited above. INSPECTION: Materials will be inspected when delivered and proof of compliance must be presented to government's Project Supervisor before acceptance of materials. AWARD: Award will be made to the lowest priced offeror, whose quote conforming to the requirements herein; will be the most advantageous to the Government. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); 52.504-07 Central Contractor Registration; 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1, Buy American Act-Supplies (June 2003);52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Variation in Quantity (April 1984);52.211-17, Delivery of Excess Quantities (September 1989); and 52.229-3 Federal, State, and Local Taxes (April 2003). CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST BE REGISTERED WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. CONTRACTORS MUST ALSO REGISTER THEIR ONLINE REPRESENTATIONS AND CERTIFICATIONS AT HTTP://WWW.ORCA.BPN.GOV. The Federal Acquisition Regulations clauses and provisions are available in the Internet at: http://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMC00110007/listing.html)
 
Place of Performance
Address: Crow Indian Reservation20 Miles S/SE of Bilings, MT
Zip Code: 591011397
 
Record
SN02371347-W 20110204/110202233926-852ada90bd408b96044544554058933e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.